What a D-type instrument means, how IDIQ contracts work, and why the base contract RFP is more about structure and ordering rules than any single delivery.
If you already went through the C-type RFP training, you know how to build Sections L and M, pick a source selection method, and align your evaluation factors with your instructions. An IDIQ RFP uses all of the same tools. The UCF is the same. The FAR Part 15 evaluation process is the same. What changes is the set of decisions you need to make before you start writing, because an IDIQ is not buying a defined deliverable. It is establishing a vehicle that will generate orders for years.
A quick orientation: the base IDIQ contract itself carries a D in position nine of its PIID (FAR 4.1603(a)(3)). That covers IDIQs, Requirements contracts, Federal Supply Schedules, GWACs, and multi-agency contracts. The individual task orders, delivery orders, and BPA calls placed against that vehicle carry an F. The D is the vehicle you build once. The F is every order that flows from it.
This training is about the decisions you face when building the D. Specifically: how do you set the guaranteed minimum, should you evaluate price at the base contract level, how should you weigh your evaluation factors, how many contracts should you award, and how do you structure a vehicle that might run for a decade? Each of these questions has a different answer depending on what you are buying, and getting them wrong creates problems that persist for the life of the contract.
Every IDIQ must state a minimum quantity or dollar value the government is obligated to order (FAR 16.504(a)(1)). This is a binding commitment per awardee. If you award five contracts with a $500,000 minimum each, the government just committed to $2.5M in total minimum orders before a single task order is written. Courts and boards have sustained contractor claims when the government failed to meet the minimum, so this is not a theoretical number.
The FAR says the minimum must "exceed a nominal quantity" but must "not exceed the amount the Government is fairly certain to order." That gives you a range, and where you land in that range depends on the vehicle.
The minimum guarantee can be satisfied in two ways, and which one you plan for matters:
| Method | How It Works | When to Use It |
|---|---|---|
| Guaranteed work | The government issues enough task or delivery orders to the contractor to meet the minimum dollar value through actual performance. This is the preferred approach because the government gets deliverables for the money. | When you are confident in the projected workload. When the awardee pool is small enough that each contractor will realistically get orders. When the work can be reasonably distributed across the pool. |
| Flat payment | If the government cannot meet the minimum through orders, it pays the contractor the remaining balance as a lump sum. No work is performed for that payment. The contractor is simply made whole on the commitment. | When competition dynamics are unpredictable. On large MA-IDIQs where some awardees may consistently lose during fair opportunity. When you genuinely do not know how the ordering landscape will play out. |
Guaranteed work is almost always what you want. But on a multiple-award vehicle with 8 or 10 awardees, the reality is that some contractors get outbid every time. Maybe their rates are slightly higher, or maybe their proposals at the order level are consistently weaker. If one awardee has not received a single order halfway through the ordering period, you have a minimum guarantee problem coming.
You have a few options when that happens. You can sole-source an order to the contractor under the FAR 16.505 exception to fair opportunity to satisfy the minimum. That is not a bad solution. You just need a requirement on hand to tie it to, and you need to do it in the fiscal year that you award the contract because that is when the minimum guarantee obligation must be satisfied.
| Consideration | What It Means for Your Minimum |
|---|---|
| Number of awardees | More awardees means more total minimum obligation. Five awardees at $500K each is $2.5M. Can you guarantee that much work across the pool? |
| Projected workload | What is the realistic annual spend? If you expect $10M/year across the vehicle, a $10K per-awardee minimum on a 5-awardee contract is reachable. A $2M minimum is not. |
| Contractor startup costs | On some vehicles, contractors invest in recruiting, clearances, and facilities to compete. On others (particularly MACCs), the minimum is really just covering proposal preparation costs. A $1,000 minimum is fine if the vehicle does not require significant contractor investment to get on. Match the minimum to what it actually costs the contractor to participate. |
| Your own obligation | Setting the minimum too high creates a financial obligation you may not meet. Remember, the government must satisfy the minimum in the fiscal year of award. If you set it higher than you can realistically fund and order against, you are creating a problem for yourself, not the contractor. |
On a C-type definitive contract, you evaluate price because that is the only competition. On a multiple-award IDIQ, you have a second opportunity to evaluate price: fair opportunity at the order level. That changes the calculus.
For a single-award IDIQ, you should evaluate price at the base contract level. There is no order-level competition. The rates you accept at award are the rates you live with for the life of the contract. Price evaluation is essential.
For a multiple-award IDIQ, the question is more nuanced. You will be competing price again at every task order, so the base contract rates are not the final word on what the government will pay. Some agencies still evaluate price at the base contract to ensure proposed rates are realistic and to establish rate ceilings. Others focus the base contract evaluation entirely on technical capability and past performance, deferring price competition to the order level where it is more meaningful because it is tied to specific work.
| Approach | When It Makes Sense | Watch Out For |
|---|---|---|
| Evaluate price at base contract | Single-award IDIQs. MA-IDIQs where you want to establish rate ceilings. T&M contracts where base rates directly determine order costs. | If rates are locked at award, you lose flexibility. If rates are just ceilings, you are creating evaluation burden for a number that may not drive the actual order price. |
| Evaluate price realism only | MA-IDIQs where the real price competition happens at fair opportunity. You still need to confirm proposed rates are not unrealistically low (bait and switch). | You need a price realism evaluation to catch offerors who bid low rates they cannot sustain. FAR 15.404-1(d) authorizes this. |
| Defer price to order level | MA-IDIQs with a large awardee pool where robust order-level competition is expected. Particularly common on construction and A&E IDIQs where every project is priced individually. | If order-level competition is weak (too few awardees, low participation), you have no price pressure anywhere. |
On a C-type contract, the factor weighting question is usually about technical vs. price vs. past performance. On an IDIQ, you have additional tools and different tradeoffs because of what you are actually trying to learn about the offeror.
Past performance may matter more than technical approach. On a C-type, the technical proposal describes exactly what the contractor will do on your specific contract. On an IDIQ, the technical proposal sometimes describes what the contractor can do in the abstract, because the specific work may not be fully defined yet. A construction IDIQ covers a variety of future projects. An IT services IDIQ covers whatever task orders come through. In those cases, past performance tells you what the contractor actually did on similar vehicles, which may be more revealing than a general capability narrative. A contractor's track record managing task orders, meeting schedules, and handling the ordering process on similar IDIQ contracts is concrete. Weighting past performance heavily, or even making it the most important factor, is defensible and sometimes the right call. (When you do have defined work, like a seed project, the technical response to that specific requirement is a different story.)
Seed projects can be the real discriminator. A seed project is an actual requirement that will be awarded to the winning contractor upon award of the IDIQ itself. Rather than asking offerors to describe their general approach to work that does not exist yet, you give them a real task order and have them respond to it as part of their proposal. This tests what matters: can they develop a responsive technical approach, staff it correctly, price it realistically, and deliver it on schedule? It also has a practical benefit: awarding the seed project satisfies the guaranteed minimum for that contractor. The downside on a multiple-award IDIQ is that you only have one seed project, so you only satisfy one awardee's minimum. The rest of the pool still needs work through the normal ordering process or a flat payment guarantee. For many IDIQs, the seed project response is the most useful thing in the entire evaluation.
You may not need a heavy technical evaluation. Consider what a technical approach volume actually tells you on an IDIQ. If the work is well-defined (construction, facility maintenance, commodity IT), two qualified contractors will write virtually identical technical narratives about how they plan to do the work. Past performance and a sample task may give you better differentiation than 30 pages of boilerplate about quality management systems.
FAR 16.504(c)(1)(ii)(A) says the contracting officer must, to the maximum extent practicable, give preference to multiple awards. A single-award IDIQ requires a written determination under FAR 16.504(c)(1)(ii)(D). So the default expectation is multiple awards. The question is how many.
The sweet spot is usually 4 to 6 awardees. That gives you enough contractors for meaningful order-level competition, enough backup if one underperforms, and enough diversity of capability to handle different types of work. It also keeps the awardee pool manageable for the ordering offices that have to run fair opportunity competitions.
But every vehicle is different. Some considerations:
| Factor | Fewer Awardees (2-3) | More Awardees (6-10+) |
|---|---|---|
| Order-level competition | Less competitive; easier for contractors to anticipate each other's pricing | More competitive; harder to game |
| Minimum guarantee burden | Lower total minimum obligation | Higher total commitment; can you actually feed all of them? |
| Administration | Simpler fair opportunity process | More proposals to evaluate at every order. Ordering offices may not have the capacity. |
| Contractor investment | Awardees see a larger share of the pie; more willing to invest in performance | Each awardee's expected share is smaller; may get less attention from their A-team |
| Resilience | Losing one contractor is a bigger hit | More redundancy; easier to absorb a poor performer or a voluntary exit |
| Small business goals | Harder to meet if the pool is small | More room for small business set-asides or small business slots in the pool |
IDIQs are flexible on duration. Because the base IDIQ does not obligate funds (except the minimum guarantee), you do not need option years in the same way a definitive contract does. You have several structural choices, and each one changes how the vehicle operates.
Straight ordering period, no options. You can write a 5-year IDIQ with a single 5-year ordering period and no option years at all. The government can place orders at any time during the 5 years. Each order has its own period of performance. There is nothing to exercise because there are no options. This is the simplest structure and it works well when the government is confident in the workload for the full period.
Base period plus option years. A 1-year base with 4 one-year options gives the government an off-ramp every year. If workload drops or the contractor pool is underperforming, you can decline to exercise the option and no new orders can be placed. If you include options, the RFP must include FAR 52.217-9 (Option to Extend the Term). Offerors price each period separately, which gives you visibility into rate escalation.
Extended vehicles with on-ramps. For large enterprise vehicles, you can structure a 5-year base ordering period with 5 one-year options, giving you up to 10 years. Under the RFO (FAR 16.504-4 and 16.504-5(h)(3)), any vehicle with an ordering period exceeding five years must include on-ramp and off-ramp provisions unless you document that on-ramps are not in the government's best interest. This is a powerful structure because you do not have to terminate poorly performing contractors; you just do not exercise their option and on-ramp a replacement.
IDIQs are useful in part because of this structural flexibility. You do not necessarily have to terminate a poor performer (which is a complex, contested process). You can just decline to exercise the next option period and on-ramp a better contractor. The government retains control without the adversarial process of a termination for cause.
The IDIQ RFP uses the same Uniform Contract Format as a C-type, but three sections look fundamentally different.
Section B defines the pricing structure for all future orders, not a single deliverable. For services, this is usually a labor category rate table. For supplies, it may be a catalog. Section B must state the minimum and maximum quantities or dollar values (FAR 16.504(a)(2)). Remember: the minimum is per awardee on a MA-IDIQ.
B.1 Contract Type. This is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Individual task orders will be issued on a Firm-Fixed-Price or Time-and-Materials basis as specified in Section H.
B.2 Minimum and Maximum. The guaranteed minimum for this contract is $250,000 per awardee. The maximum ceiling is $48,000,000 across all awardees over the life of the contract, including options. same minimum applies equally to every awardee
B.3 Labor Categories and Rates. The Contractor shall provide services at the fully burdened hourly rates listed in the Price Schedule (Attachment J-2) for each labor category and ordering period.
Section H is where the ordering procedures live. The ordering procedures should be included in the solicitation so offerors understand how the vehicle will operate before they decide to bid. They should also be incorporated into the PWS so the terms are part of the contract's performance framework. The ordering procedures need to describe the fair opportunity process at each tier, evaluation criteria for order competitions, response timeframes, exceptions, and (for vehicles over 5 years) on-ramp/off-ramp procedures.
H.1 Fair Opportunity. Each task order exceeding the micro-purchase threshold shall be provided to all awardees for fair opportunity consideration, except as provided in FAR 16.505(b)(2). all awardees get a chance on every order
H.2 Order Evaluation. Task orders shall be evaluated based on the criteria stated in the individual task order request. Evaluation criteria may include technical approach, staffing, past performance on prior orders under this contract, and price. criteria can vary by order
H.3 Response Timeframes. Awardees shall have no fewer than 15 calendar days to respond to a task order request. Orders requiring an accelerated response shall provide a written justification.
H.4 Task-Order Ombudsman. The designated task-order ombudsman is [Agency Senior Official]. The ombudsman is independent of the Contracting Officer and is responsible for reviewing contractor complaints concerning fair opportunity (FAR 16.507-2(b)).
H.5 On-Ramp/Off-Ramp. The Government reserves the right to add qualified contractors (on-ramp) or remove non-performing contractors (off-ramp) in accordance with the procedures described in Section H.5.1 through H.5.3 and the PWS.
Sections L and M evaluate whether the offeror belongs in the pool, not whether they can perform one specific job. The seed project is the most IDIQ-specific element: a real requirement the offeror responds to as part of their proposal, which will be awarded to the winner upon contract award. This tests their ability to develop a technical approach, staff it, and price it against actual work.
L.2(b)(1) Seed Project. Offerors shall prepare a response to the Seed Project provided in Attachment L-1. The response shall include: (1) a technical approach addressing all requirements in the seed project; (2) a proposed staffing plan identifying labor categories, level of effort, and named personnel where applicable; and (3) a work schedule with milestones. this is a real requirement that will be awarded upon contract award
L.2(b)(2) Assumptions. Offerors may state reasonable assumptions where the seed project does not provide sufficient detail.
The seed project response shall not exceed 15 pages.
IDIQ contracts create protest exposure at two levels: the base contract award and the individual orders. Understanding both is important because it affects how you write the RFP.
Base contract protests follow the same rules as any FAR Part 15 competition. Offerors can protest the award decision to GAO or the Court of Federal Claims. The standard issues apply: evaluation consistency, unstated criteria, unequal treatment, cost/technical tradeoff documentation.
Order-level protests are more restricted. Under FAR Subpart 33.1, protests of task and delivery orders are generally limited to orders that increase the contract scope, period, or maximum value. However, there are dollar thresholds above which order-level protests are permitted: $10 million for non-DoD agencies, $25 million for DoD, NASA, and the Coast Guard. Contractors use these thresholds, and agencies awarding large orders under MA-IDIQs need to treat fair opportunity with the same rigor they would apply to a full-and-open competition.
Agencies must also designate a task-order ombudsman (FAR 16.507-2(b)), a senior official independent of the contracting officer, to review contractor complaints about fair opportunity. The base contract should identify or reference this role.
Before you start writing, answer these questions. If you cannot answer them confidently, you are not ready to write the RFP.
Single or multiple award? If multiple, you need a documented acquisition strategy. If single, you need a written determination under FAR 16.504(c)(1)(ii)(D) explaining why multiple awards are not practicable.
How many awardees? Match the pool size to your expected workload and the ordering offices' administrative capacity. 4 to 6 is a common sweet spot, but construction and facilities IDIQs sometimes go higher.
What is the minimum guarantee per awardee? Do the math: awardee count times per-awardee minimum equals your total guaranteed commitment. Can you realistically reach that number?
Are you evaluating price at the base contract? For single-award, yes. For MA-IDIQs, decide whether base-contract price evaluation adds value given that you will compete price at every order.
What are your evaluation factors and how are they weighted? Past performance may matter more than technical. A sample task or seed project may be more useful than a general capability narrative. Match your factors to what actually differentiates qualified offerors for this specific vehicle.
What is your ordering period structure? Straight 5-year with no options? Base plus options? Longer with on-ramps? If over 5 years, you need on-ramp/off-ramp provisions per FAR 16.504-4.
Have you written your ordering procedures? Fair opportunity tiers, evaluation criteria, response timeframes, exceptions, ombudsman identification. These belong in the solicitation (so offerors know what they are signing up for), in Section H (as part of the contract), and in the PWS (so the ordering procedures are part of the performance framework). Write this before you write L and M.
Where do on-ramps and off-ramps live? Both the solicitation (Section H or L) and the PWS. The solicitation covers the contracting process. The PWS covers the operational transition of work.
Each scenario below gives you an IDIQ acquisition to design. Work through the structure decisions and evaluation approach, then generate your Section M framework and see the corresponding Section L. There is more than one defensible answer. The feedback explains the reasoning.
The primary FAR subpart governing IDIQ contracts, requirements contracts, and ordering procedures.
Open FAR 16.5 →Requirements for IDIQ contracts: minimum/maximum quantities, multiple-award preference, ordering limitations.
Open FAR 16.504 →Fair opportunity procedures under the RFO, including tiered thresholds (16.507-1 through 16.507-5), exceptions, ombudsman requirements, and order-level protests.
RFO Part 16 Guide →RFP requirements that apply to the IDIQ base contract solicitation under FAR Part 15.
Open FAR 15.2 →Requirements for listing factors, stating relative importance, and including price. Applies to IDIQ base contract competitions.
Open FAR 15.304 →Required clause for indefinite-quantity contracts specifying the ordering period and that all orders must be within scope.
Open FAR 52.216-18 →Required clause establishing the minimum/maximum quantities and the government's ordering obligations.
Open FAR 52.216-22 →New RFO requirement for vendor pool refreshment on long-duration vehicles. Required for ordering periods exceeding five years.
RFO Part 16 Guide →DoD-specific ordering procedures, including enhanced competition requirements and task order protest thresholds ($25M for DoD).
Open DFARS 216.505 →Instrument type codes (position 9): C for definitive contracts, D for indefinite-delivery vehicles, F for orders and calls.
Open FAR 4.1603 →Where IDIQ base contract solicitations are posted. Task order competitions under MA-IDIQs are typically conducted directly with awardees.
Open SAM.gov →